Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2022 SAM #7612
SPECIAL NOTICE

J -- GE equipment maintenance and repair services

Notice Date
10/1/2022 8:27:18 AM
 
Notice Type
Justification
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q1384
 
Archive Date
10/15/2022
 
Point of Contact
Danette Rene' Impey, Contracting Officer, Phone: 228-523-4747
 
E-Mail Address
rene.impey@va.gov
(rene.impey@va.gov)
 
Award Number
VA797H17D0024
 
Award Date
10/01/2022
 
Awardee
GENERAL ELECTRIC COMPANY WAUKESHA 53188
 
Award Amount
0
 
Description
VHAPG Part 808.405-6 Limiting Sources Attachment 2: Request for Limited Sources Justification Format >SAT Effective Date: 02/01/2022 Page 1 of 2 LIMITED SOURCES JUSTIFICATION ORDER >SAT FAR PART 8.405-6 Acquisition Plan Action ID:_36C25622AP4520 Contracting Activity: Department of Veterans Affairs, Network Contracting Office 16, Gulf Coast Veterans Health Care System, Engineering Service, located at 400 Veterans Avenue, Biloxi, MS 39531. 2237: 520-23-1-076-0002. Description of Action: This acquisition is conducted under the authority of the Multiple- Award Schedule Program (41 U.S.C. 152(3) and 40 U.S.C. 501). This requirement is for preventive maintenance services for diagnostic imaging equipment located at the Gulf Coast Veterans Health Care System (GCVHCS), Biloxi, MS, and the Joint Ambulatory Care Center (JACC), Pensacola, FL. This is a new requirement to be awarded against the below VA NAC contract number. Order against: FSS Contract Number: VA797H-17-D-0024 Name of Proposed Contractor: GE Healthcare, A Division of General Electric Company Street Address: 3000 N. Grandview Blvd. City, State, Zip: Waukesha, WI 53188 Phone: 262-951-9104 Description of Supplies or Services: The estimated value of the proposed action is (Base + four option years) A contract is needed to provide full maintenance and repair services to include preventive maintenance inspections for the below listed diagnostic imaging equipment: GE XR Discovery XR656 2-D (XRA612); Biloxi, MS GE XR Flashpad- Digital Wireless Detector (XRA614); Biloxi, MS GE XR Flashpad- Digital Wireless Detector (XRA614); Biloxi, MS GE XR GE Digital Energy UPS 20 KVA (XCA501); Biloxi, MS GE Workstation Xeleris Workstation 2.X (NX2FPR); Biloxi, MS GE Workstation Xeleris Workstation 4DR Server (NX4DRS); Biloxi, MS GE Workstation Xeleris Workstation 2.X (NX2FPR); Biloxi, MS GE Workstation Xeleris Workstation 3.X (NX3FPR); Biloxi, MS GE Workstation Advantage Workstation 4.7 (W47H04); Biloxi, MS GE Workstation Advantage Workstation 4.4 (WNH440); Biloxi, MS GE NM Discovery NM/CT 850 ES (NMH994); Pensacola, FL GE NM Discovery NM/CT 850 ES (NMH999); Pensacola, FL GE Powerware MV PR Powerware UPS 6KVA (SEA105); Pensacola, FL GE Workstation Xeleris 4 DR Workstation (NX4DRW); Pensacola, FL GE CT Revolution EVO EL/EX/ES (CSPL21); Pensacola, FL GE Powerware MV PR Powerware UPS 10KVA (9155) (SEA113); Pensacola, FL GE Infinia with Hawkeye 4 (NMH922); Biloxi, MS Identify the Authority and Supporting Rationale (see below and if applicable, a demonstration of the proposed contractor s unique qualifications to provide the required supply or service. FAR 8.405-6(a)(1)(A): An urgent and compelling need exists and following the ordering procedures would result in unacceptable delays: FAR 8.405-6(a)(1)(B): Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized; GE Healthcare has patents and proprietary rights to the above equipment and software. GE sells these services directly within the United States and does not have authorized dealers or distributors. GE has proprietary rights to the equipment and software, the original equipment manufacturer (OEM) parts/supplies as well as they provide their own factory trained certified technicians to provide the required services. FAR 8.405-6(a)(1)(C): In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures. The original order must not have been previously issued under sole source or limited source procedures. FAR 8.405-6(b): Items peculiar to one manufacturer: is: A patent, copyright or proprietary data limits competition. The proprietary data These are direct replacements parts/components for existing equipment. The material/service must be compatible in all aspects (form, fit and function) with existing systems presently installed/performing. Describe Why You Believe the Order Represents the Best Value consistent with FAR 8.404(d) to aid the contracting officer in making this best value determination: The price is considered fair and reasonable based on the requirements stated in FAR 8.404(d). The VA NAC has determined the prices for fixed-price services, and rates for services offered at hourly rates, under scheduled contracts to be fair and reasonable. By placing an order against the VA NAC contract, it is determined that the order represents the best value and the lowest overall cost alternative to meet the Government s needs. The Contracting Officer will seek additional discounts prior to award and consider the level of effort and the mix of labor proposed to perform the specific tasks being ordered, and for determining that the overall total price is reasonable. Describe the Market Research Conducted among schedule holders and the results or a statement of the reason market research was not conducted. Market research was conducted via VetBiz Registry, SBA DSBS, beta.SAM Contract Opportunities and FPDS-NG. No SDVOSB, VOSB or small business were capable of providing the required services. Any Other Facts Supporting the Justification: GE Healthcare does not have any SDVOSB/ VOSB distributors. They have proprietary rights to the equipment as they are the original equipment manufacturer (OEM). These services have been provided to the GCVHCS since October 2012 under a VA NAC contract using limited source justifications to GE Healthcare. A Statement of the Actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made: Full and open competition may be sought when the hardware and software required for the equipment are no longer proprietary. It would not be cost effective to replace GE Healthcare Systems imaging equipment to a brand which does not have proprietary rights. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge. I understand that processing of this limited sources justification restricts consideration of Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. (This signature is the requestor s supervisor, fund control point official, chief of service or someone with responsibility and accountability.) Jay D. Tripp 130431 Digitally signed by Jay D. Tripp 130431 Date: 2022.08.04 13:50:52 -05'00' August 4, 2022 Jay Tripp DATE Chief, Engineering Service Station 520, Biloxi, MS Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: Contracting Officer s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. Danette R. Digitally signed by Danette R. Impey 224540 Impey 224540 Date: 2022.08.04 13:55:03 -05'00' Danette Rene Impey DATE Contracting Officer Network Contracting Office 16 Station 520, Biloxi, MS 08/04/2022 One Level Above the Contracting Officer (Required over the SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. Windell L. Lance 123245 Digitally signed by Windell L. Lance 123245 Date: 2022.08.15 12:46:18 -05'00' Windell Lance DATE Chief, Div. I, Service Team C Network Contracting Office 16 HIGHER LEVEL APPROVAL (Required for orders over $750,000): AARON VILLALPANDO Digitally signed by AARON VILLALPANDO Date: 2022.08.24 12:09:14 -05'00' Aaron Villalpando DATE Director of Contracting Network Contracting Office 16 VHA RPO HCA Review and Approval (over $750,000 to $75 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for restricting consideration of the Federal Supply Schedule contractors to fewer than the number required by FAR Subpart 8.4. TERRY SPITZMILLER Digitally signed by TERRY SPITZMILLER Date: 2022.08.26 08:20:55 -05'00' Terry L. Spitzmiller DATE Executive Director Regional Procurement Office Central (VHA)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/598124c3434948b2a0f3d460b849eea0/view)
 
Record
SN06484232-F 20221003/221001230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.